SOLICITATION NOTICE
70 -- CISCO ASA5555X
- Notice Date
- 8/26/2020 5:56:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134020Q026
- Response Due
- 9/2/2020 1:00:00 PM
- Archive Date
- 09/03/2020
- Point of Contact
- MADELINE R JACKSON, Phone: 4073804925, Holly J Deford, Phone: 4073804314, Fax: 4073804164
- E-Mail Address
-
madeline.jackson@navy.mil, holly.deford1@navy.mil
(madeline.jackson@navy.mil, holly.deford1@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The combined synopsis/solicitation N6134020Q0026is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2020-08. This procurement is being solicited on the basis of a small business set-aside competition with an associated North American Classification System (NAICS) code of 33418. NAWCTSD Orlando has a requirement to procure a Cisco ASA5555s.� These items will provide secure high performance network connectivity for NAWCTSD Orlando.� These devices are for a highly secure network that requires a specific secure configuration to protect the sensitive data on the network.� Other manufacturers� routers and switches will not allow for the same configuration-hence this item is a brand name sole source (see J&A, attachment 1).� The items will be delivered to the designated location as defined under the specific requirements (Part #ASA5555-FPWR-K9). All items procured shall be Commercial off the Shelf (COTS) products in factory OEM packaging. The items shall be delivered with standard OEM warranties. �The CLIN Breakout is as follows: CLIN 0001 � (1) Cisco ASA5555 Delivery address is: NAWCTSD Orlando ATTN:� Robert Burch 12211 Science Drive Orlando, Florida 32826 The delivery date is 25 September 2020. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition with the addendum that Offerors are required to submit warranty information and parts availability with its offer. The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not apply. Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm-fixed-price purchase order will be awarded. If multiple quotes are received, the Government will award on a lowest price technically acceptable basis to the Offeror meeting the specifications of this combined synopsis/solicitation. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. All Offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. Going forward, all new entities registering in GSA�s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an �Active� status as the government cannot award to an entity without an �Active� SAM registration.� More information can be found at www.gsa.gov/samupdate. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.204-7 FAR 52.204-24 FAR 52.204-25 FAR 52.204-26 FAR 52.204-13 FAR 52.209-2 FAR 52.212-4 FAR 52.225-1 FAR 52.225-3 FAR 52.233-1 FAR 52.247-34 FAR 52.252-2 � The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition. The following subparagraphs of FAR 52.212-5(b) apply:14,22,25,26,27,28,30,33,42,49,and 55. � The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: DFARS 252.203-7000 DFARS 252.203-7002 DFARS 252.203-7005 DFARS 252.204-0001 DFARS 252.204-7003 DFARS 252.204-7006 DFARS 252.204-7015 DFARS 252.211-7003 DFARS 252.225-7048 DFARS 252.232-7006 DFARS 252.232-7003 DFARS 252.232-7010 DFARS 252.244-7000 DFARS 252.246-7008 All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. No DPAS rating applies. Offers are due no later than 1400 US Eastern Standard Time on 2 September 2020. Quotes will only be accepted by Contract Specialist, Madeline Jackson via email at madeline.jackson@navy.mil. Responses must include at least the solicitation number; name, address and telephone number of Offeror; warranty information; discount terms, estimated delivery date; business type; CAGE code. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Madeline Jackson, Contract Specialist, Tel: 407-380-4925. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d7377f889dd34914a37ee1dccc786dc4/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN05774908-F 20200828/200826230201 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |